Closed Solicitation · DEPARTMENT OF HEALTH AND HUMAN SERVICES
AI Summary
The National Institute on Mental Health is seeking Capability Statements from manufacturers of a 3T MRI system with specific performance requirements for clinical and preclinical research. This Sources Sought Notice aims to gather information on qualified sources and their capabilities. Responses should include manufacturing details and compliance with the NAICS code 334510.
DESCRIPTION:
The National Institute on Mental Health (NIDA), is seeking Capability Statements from Other Than Small Business (OTSB) organizations under the North American Industry Classification System (NAICS) code 334510, that are manufacturers of a 3T Human MRI System with an Integrated Local High Performance Gradient Subsystem to be used to provide clinical and preclinical human MRI research. This instrument is necessary to provide high-quality, high temporal-resolution scanning with multi-echo data collection in routine functional MRI studies performed in NIMH’s function MRI Facility.
This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified business sources; and (2) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The established NAICS code is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing. The U.S. Small Business Administration establishes a size standard for 334510 as 1,250 employees or less.
For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule).
BACKGROUND INFORMATION AND OBJECTIVE:
The National Institute of Mental Health FMRIF is a core resource of the National Institutes of Health (NIH) intramural research program. The FMRIF was created by the NIMH and the NINDS in 1999. Its function is to serve as a resource by which all NIH institutes can perform Magnetic Resonance Imaging (MRI) studies that further the understanding of healthy and diseased brain anatomy, function and physiology. The FMRIF currently operates three 3T and two 7T MRI human MRI systems.
The specific objective of this purchase is the acquisition of a 3T MRI System which includes a dedicated, high-performance, local gradient subsystem. The acquisition will allow the FMRIF to be able to provide the latest tools and techniques to NIH researchers to collect high quality brain imaging data from patients and research volunteers and develop novel scanning protocols advancing the state-of-the-art for structural and functional brain imaging. The upgraded system is to be used for clinical and preclinical human MRI research.
REQUIREMENT: One 3T MRI Scanner which meets the following performance requirements:
Trade-in and removal of Obsolete MRI equipment: The existing GE Signa MR750 3T system, designated FMRIF 3TA (Vendor ID: 301496MR3T5MR), will be available as trade-in value as part of the purchase. The obsolete system will be extracted and removed from the FMRIF Center as part of this purchase.
Turnkey Installation: The purchase will include the turnkey installation of the new, replacement MRI system, including installation of the MRI system magnet, electronic equipment and system console; in-suite connections to the facility power and cooling supplies; and all construction necessary to bring the MRI system console and magnet rooms to meet environmental standards required for clinical and research usage in the NIH Clinical Center. Additionally, installation of the current system should not adversely affect the operational state of any other MRI systems in the facility at system handover.
MRI Systems Training: The offeror shall provide on-site training to FMRIF staff in the operation of all hardware and software / applications that will be required for routine operation of the upgraded or replaced MRI Systems. The Contractor shall additionally provide access to training in pulse sequence and reconstruction software development for staff involved in methods development.
Salient characteristics
The FMRIF/NIMH requires a 3T MRI system suitable for human patient studies with the following components:
The characteristics needed for each component are given below. However, the vendor is encouraged to offer a system with best possible specifications, and the proposed enhancements will be considered and evaluated during the technical review of the quotations.
The vendor shall:
Quantity
1 x MRI system
Delivery Date
The vendor will prepare the site, deliver and install the complete system on-site (including all connections to quench ducts, vacuum pumps, cryogens for magnet ramp up etc.) and ensure that the initial performance of all equipment satisfies the required specifications within 18 -24 months following contract award.
Period of Performance:
Siting and handover within base year, followed by one year of warranty, followed by option years for maintenance.
Options(s)
INSTRUCTIONS:
Companies that believe they possess the capabilities to provide the required product should submit documentation of their ability to meet each of the requirements to the Contracting Officer. The capability statement must specifically address each of the requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) or BPAs by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.
Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.
The established NAICS code is 334510. Respondents must provide clear and convincing documentation of their capability of providing the products and support services specified in this notice. Also, information must be provided in sufficient details of the respondents’ (a) staff expertise, including their availability, experience, formal and other training; (b) capability to perform the work; (c) prior completed projects of similar nature; (d) compliance with requirements: Vendors must identify and demonstrate specifically how they will meet the requirements listed above.
Any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, commendations, etc.
The information submitted must be in an outline format that addresses each of the elements of the requirement and in the capability statement paragraphs stated herein. A cover page and an executive summary may be included but is not required.
Any business concerns that believe they possess the capability necessary to successfully undertake the work described above must SUBMIT CAPABILITY STATEMENTS ELECTRONICALLY to the Contract Specialist, Rob Bailey at Rob.Bailey@nih.gov, NO LATER THAN 1:00 p.m. EST on July 29, 2025. The Subject line for the submission should include this Sources Sought Number and organization name. NIDA will not accept paper or faxed capability statements.
THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
CONFIDENTIALITY. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
REPLACEMENT AND UPGRADE OF 3T MRI SCANNER FOR FMRIF/NIMH is a federal acquisition solicitation issued by DEPARTMENT OF HEALTH AND HUMAN SERVICES. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.